Treasury Management Advisory Services Edinburgh
To provide specialist skills, advice and resources to assist the Treasury Section on Treasury Management policy and strategy.
United Kingdom-Edinburgh: Treasury services
2018/S 173-392533
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
United Kingdom
Telephone: +44 1314693922
E-mail: procurement@edinburgh.gov.uk
NUTS code: UKM75
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Treasury Management Advisory Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
3.1) The provision of treasury advisory services, where the Provider will be required to provide specialist skills, advice and resources to assist the Treasury Section on Treasury Management policy and strategy, debt management, investment and technical matters within prescribed regulatory and accounting frameworks.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of treasury advisory services, where the Provider will be required to provide specialist skills, advice and resources to assist the Treasury Section on Treasury Management policy and strategy, debt management, investment and technical matters within prescribed regulatory and accounting frameworks.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
4.1 It is the intention of the Council that any Contract resulting from this ITT will commence on 3.1.2019 for a period of 2 years with the option to extend for up to 2 further periods of 12 months (a total of up to 2 additional years), undertaken at the sole discretion of the Council.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Tenderers are required to have a minimum “general” annual turnover of 400 000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Current ratio for current year:
Current ratio for prior year:
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.15. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=556435
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Tenderers must give details of the Community Benefit(s) they will provide if successful in being awarded this contract.
Your response must detail:
— the name(s) and address(es) of the Registered Charities or recognised community groups you will sponsor,
— the specific project(s) which will be targeted and the associated community benefit which will result,
— the quantity and value GBP of the community benefits offered, including the proposed timing of sponsorship,
— any additional resources you will use to ensure successful delivery,
— how will you monitor progress and update the Council.
(SC Ref:556435)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=556435
VI.4.1)Review body
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
United Kingdom
Telephone: +44 1314693922
E-mail: procurement@edinburgh.gov.ukInternet address: http://www.edinburgh.gov.uk
VI.5)Date of dispatch of this notice: